+ All Categories
Home > Documents > TABLE OF CONTENTS OF CONTENTS SF-1442 COVER SHEET A. PRICE ... C. PACKAGING AND MARKING Mark...

TABLE OF CONTENTS OF CONTENTS SF-1442 COVER SHEET A. PRICE ... C. PACKAGING AND MARKING Mark...

Date post: 23-May-2018
Category:
Upload: haminh
View: 214 times
Download: 2 times
Share this document with a friend
49
Transcript

TABLE OF CONTENTS

SF-1442 COVER SHEET

A. PRICE

B. SCOPE OF WORK

C. PACKAGING AND MARKING

D. INSPECTION AND ACCEPTANCE

E. DELIVERIES OR PERFORMANCE

F. ADMINISTRATIVE DATA

G. SPECIAL REQUIREMENTS

H. CLAUSES

I. LIST OF ATTACHMENTS

J. QUOTATION INFORMATION

K. EVALUATION CRITERIA

L. REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS

OF OFFERORS OR QUOTERS

ATTACHMENTS:

Attachment 1: Sample Letter of Bank Guaranty

Attachment 2: Drawings (Contact U.S. Embassy Procurement)

Attachment 3: Specifications

Attachment 4: Map of Quantities

SOLICITATION, OFFER, AND AWARD

(Construction, Alteration, or Repair)

1. SOLICITATION NUMBER

SPO50017Q0004

2. TYPE OF SOLICITATION

SEALED BID (IFB)

NEGOTIATED (RFP)

3. DATE ISSUED

03/22/2017

PAGE 1 OF 47 PAGES

IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NUMBER

5. REQUISITION/PURCHASE REQUEST NUMBER

PR6222328 6. PROJECT NUMBER

7. ISSUED BY CODE

PO500 8. ADDRESS OFFER TO

AMERICAN EMBASSY LISBON

AVENIDA DAS FORCAS ARMADAS, ATTN: GSO

LISBON 1600

PORTUGAL

AMERICAN EMBASSY LISBON AV. DAS FORCAS ARMADAS, ATTN: GSO/PROCUREMENT

LISBOA 1649-044

PORTUGAL

9. FOR INFORMATION CALL:

a. NAME

Adelia Monteiro

b. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS)

+351 21 770 25 07

SOLICITATION

NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid and "bidder".

10. THE GOVERNMEN T REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date)

Ref urbishment of the Medical and Operations Space at the American Embassy Lisbon.

11. The contractor shall begin performance w ithin 14 calendar days and complete it w ithin 60 calendar days after receiving

award,

x notice to proceed. This performance period is x mandatory negotiable. (See ).

13. ADDITIONAL SOLICITATION REQUIREMENTS:

a. Sealed offers in original and 1 copies to perform the work required are due at the place specif ied in Item 8 by 16:00 (hour)

local time 04/07/2017 (date). If this is a sealed bid solicitation, offers will be publicly opened at that time. Sealed envelopes

containing offers shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.

b. An offer guarantee is, x is not required.

c. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

d. Offers providing less than calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

STANDARD FORM 1442 (REV. 8/2014)

Prescribed by GSA - FAR (48 CFR) 53.236-1(d)

12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?

(If “YES,” indicate within how many calendar days after award in Item 12B.)

x YES NO

12B. CALENDAR DAYS

7

AMOUNTS

OFFER (Must be fully completed by offeror) 14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code)

15. TELEPHONE NUMBER (Include area code)

16. REMITTANCE ADDRESS (Include only if different than Item 14.)

CODE FACILITY CODE 17. The off eror agrees to perf orm the work required at the prices specif ied below in strict accordance with the terms of this solicitation, if this off er is accepted

by the Gov ernment in writing within calendar day s after the date off ers are due. (Insert any number equal to or greater than the minimum requirement

stated in Item 13d. Failure to insert any number means the offeror accepts the minimum in Item 13d.)

18. The offeror agrees to furnish any required performance and payment bonds.

19. ACKNOWLEDGMENT OF AMENDMENTS (The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

AMENDMENT NUMBER

DATE.

20a. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) 20b. SIGNATURE 20c. OFFER DATE

STANDARD FORM 1442 (REV. 8/2014) BACK

AWARD (To be completed by Government) 21. ITEMS ACCEPTED:

22. AMOUNT

23. ACCOUNTING AND APPROPRIATION DATA

24. SUBMIT INVOICES TO ADDRESS SHOWN IN

(4 copies unless otherwise specified)

ITEM

25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( )

26. ADMINISTERED BY CODE 27. PAYMENT WILL BE MADE BY

CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

28. NEGOTIATED AGREEMENT (Contractor is required to sign this document and return copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all w ork, requisitions identif ied on this form and any continuation sheets for the consideration slated in

this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certif ications, and specif ications or incorporated by reference in or attached to this contract.

29. AWARD (Contractor is not required to sign this document.) Your offer on this solicitation is hereby accepted as to the items listed. This aw ard consummates the contract, which consists of (a) the Government solicitation and your offer, and (b) this contract award. No further

contractual document is necessary.

30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED

TO SIGN (Type or print)

31A. NAME OF CONTRACTING OFFICER (Type or print)

30B. SIGNATURE

30C. DATE

31B. UNITED STATES OF AMERICA, BY

31C. AWARD DATE

US Embassy Lisbon

SPO50017Q0004

3

REQUEST FOR QUOTATIONS - CONSTRUCTION

A. PRICE

The Contractor shall complete all work, including furnishing all labor, material,

equipment and services required under this purchase order for the following firm fixed price and

within the time specified. This price shall include all labor, materials, all insurances, overhead

and profit.

Total Price (including all labor, materials, overhead and profit)

A.1 VALUE ADDED TAX

VALUE ADDED TAX (VAT). The Contractor shall include VAT as a separate charge on the

Invoice and as a separate line item in Section B.

B. SCOPE OF WORK

The character and scope of the work are set forth in the contract. The Contractor shall

furnish and install all materials required by this contract.

In case of differences between small and large-scale drawings, the latter will govern.

Where a portion of the work is drawn in detail and the remainder of the work is indicated in

outline, the parts drawn in detail shall apply also to all other portions of the work.

C. PACKAGING AND MARKING

Mark materials delivered to the site as follows:

American Embassy Lisbon

Avenida das Forças Armadas

1649-044 Lisboa

[

US Embassy Lisbon

SPO50017Q0004

4

D. INSPECTION AND ACCEPTANCE

The COR, or his/her authorized representatives, will inspect from time to time the services being

performed and the supplies furnished to determine whether work is being performed in a

satisfactory manner, and that all supplies are of acceptable quality and standards.

The Contractor shall be responsible for any countermeasures or corrective action, within the

scope of this contract, which may be required by the Contracting Officer as a result of such

inspection.

D.1 SUBSTANTIAL COMPLETION

(a) "Substantial Completion" means the stage in the progress of the work as determined

and certified by the Contracting Officer in writing to the Contractor, on which the work (or a

portion designated by the Government) is sufficiently complete and satisfactory. Substantial

completion means that the property may be occupied or used for the purpose for which it is

intended, and only minor items such as touch-up, adjustments, and minor replacements or

installations remain to be completed or corrected which:

(1) do not interfere with the intended occupancy or utilization of the work, and

(2) can be completed or corrected within the time period required for final

completion.

(b) The "date of substantial completion" means the date determined by the Contracting

Officer or authorized Government representative as of which substantial completion of the work

has been achieved.

Use and Possession upon Substantial Completion - The Government shall have the right

to take possession of and use the work upon substantial completion. Upon notice by the

Contractor that the work is substantially complete (a Request for Substantial Completion) and an

inspection by the Contracting Officer or an authorized Government representative (including any

required tests), the Contracting Officer shall furnish the Contractor a Certificate of Substantial

Completion. The certificate will be accompanied by a Schedule of Defects listing items of work

remaining to be performed, completed or corrected before final completion and acceptance.

Failure of the Contracting Officer to list any item of work shall not relieve the Contractor of

responsibility for complying with the terms of the contract. The Government's possession or use

upon substantial completion shall not be deemed an acceptance of any work under the contract.

D.2 FINAL COMPLETION AND ACCEPTANCE

D.2.1 "Final completion and acceptance" means the stage in the progress of the work as

determined by the Contracting Officer and confirmed in writing to the Contractor, at which all

work required under the contract has been completed in a satisfactory manner, subject to the

discovery of defects after final completion, and except for items specifically excluded in the

notice of final acceptance.

US Embassy Lisbon

SPO50017Q0004

5

D.2.2 The "date of final completion and acceptance" means the date determined by the

Contracting Officer when final completion of the work has been achieved, as indicated by

written notice to the Contractor.

D.2.3 FINAL INSPECTION AND TESTS. The Contractor shall give the Contracting

Officer at least five (5) days advance written notice of the date when the work will be fully

completed and ready for final inspection and tests. Final inspection and tests will be started not

later than the date specified in the notice unless the Contracting Officer determines that the work

is not ready for final inspection and so informs the Contractor.

D.2.4 FINAL ACCEPTANCE. If the Contracting Officer is satisfied that the work

under the contract is complete (with the exception of continuing obligations), the Contracting

Officer shall issue to the Contractor a notice of final acceptance and make final payment upon:

Satisfactory completion of all required tests,

A final inspection that all items by the Contracting Officer listed in the Schedule

of Defects have been completed or corrected and that the work is finally complete

(subject to the discovery of defects after final completion), and

Submittal by the Contractor of all documents and other items required upon

completion of the work, including a final request for payment (Request for Final

Acceptance).

E. DELIVERIES OR PERFORMANCE

52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK

(APR 1984)

The Contractor shall be required to:

(a) commence work under this contract within 14 calendar days (May 2, 2017)

after the date the Contractor receives the notice to proceed, (NTP to be issued

April 17, 2017)

(b) prosecute the work diligently, and,

(c) complete the entire work ready for use not later than 60 calendar days after

notice to proceed (June 16, 2017).

The time stated for completion shall include final cleanup of the premise and shall also

include completion of punch list items.

52.211-12 LIQUIDATED DAMAGES - CONSTRUCTION (SEPT 2000)

(a) If the Contractor fails to complete the work within the time specified in the

contract, or any extension, the Contractor shall pay liquidated damages to the Government in the

amount of €200.00 for each calendar day of delay until the work is completed or accepted.

(b) If the Government terminates the Contractor’s right to proceed, liquidated

damages will continue to accrue until the work is completed. These liquidated damages are in

addition to excess costs of repurchase under the Default clause.

US Embassy Lisbon

SPO50017Q0004

6

CONTRACTOR'S SUBMISSION OF CONSTRUCTION SCHEDULES

(a) The time for submission of the schedules referenced in FAR 52.236-15, "Schedules

for Construction Contracts", paragraph (a), is hereby modified to reflect the due date for

submission as 7 calendar days after receipt of an executed contract".

(b) These schedules shall include the time by which shop drawings, product data,

samples and other submittals required by the contract will be submitted for approval.

(c) The Contractor shall revise such schedules (1) to account for the actual progress of

the work, (2) to reflect approved adjustments in the performance schedule, and (3) as required by

the Contracting Officer to achieve coordination with work by the Government and any separate

contractors used by the Government. The Contractor shall submit a schedule, which sequences

work so as to minimize disruption at the job site.

(d) All deliverables shall be in the English language and any system of dimensions

(English or metric) shown shall be consistent with that used in the contract. No extension of

time shall be allowed due to delay by the Government in approving such deliverables if the

Contractor has failed to act promptly and responsively in submitting its deliverables. The

Contractor shall identify each deliverable as required by the contract.

(e) Acceptance of Schedule: When the Government has accepted any time schedule; it

shall be binding upon the Contractor. The completion date is fixed and may be extended only by

a written contract modification signed by the Contracting Officer. Acceptance or approval of

any schedule or revision thereof by the Government shall not:

(1) Extend the completion date or obligate the Government to do so,

(2) Constitute acceptance or approval of any delay, or

(3) Excuse the Contractor from or relieve the Contractor of its obligation to

maintain the progress of the work and achieve final completion by the

established completion date.

NOTICE OF DELAY

If the Contractor receives a notice of any change in the work, or if any other conditions

arise which are likely to cause or are actually causing delays which the Contractor believes may

result in late completion of the project, the Contractor shall notify the Contracting Officer. The

Contractor’s notice shall state the effect, if any, of such change or other conditions upon the

approved schedule, and shall state in what respects, if any, the relevant schedule or the

completion date should be revised. The Contractor shall give such notice promptly, not more

than ten (10) days after the first event giving rise to the delay or prospective delay. Only the

Contracting Officer may make revisions to the approved time schedule.

US Embassy Lisbon

SPO50017Q0004

7

NOTICE TO PROCEED

(a) After receiving and accepting any bonds or evidence of insurance, the Contracting

Officer will provide the Contractor a Notice to Proceed. The Contractor must then prosecute the

work, commencing and completing performance not later than the time period established in the

contract.

(b) It is possible that the Contracting Officer may elect to issue the Notice to Proceed

before receipt and acceptance of any bonds or evidence of insurance. Issuance of a Notice to

Proceed by the Government before receipt of the required bonds or insurance certificates or

policies shall not be a waiver of the requirement to furnish these documents.

WORKING HOURS

All work shall be performed during normal working hours ( Monday through Friday –

08:00 a.m. to 5:00 p.m. Other hours, if requested by the Contractor, may be approved by the

Contracting Officer's Representative (COR). The Contractor shall give 24 hours in advance to

COR who will consider any deviation from the hours identified above. Changes in work hours,

initiated by the Contractor, will not be a cause for a price increase.

PRECONSTRUCTION CONFERENCE

A preconstruction conference will be held on April 17, 2017 at 2:30 p.m. at the U.S. Embassy,

Lisbon. to discuss the schedule, submittals, notice to proceed, mobilization and other important

issues that affect construction progress. See FAR 52.236-26, Preconstruction Conference.

DELIVERABLES - The following items shall be delivered under this contract:

Description Quantity Deliver Date Deliver To

Section G. Securities/Insurance 1 7 days after award CO

Section E. Construction Schedule 1 7 days after award COR

Section E. Preconstruction Conference 1 5 days after award COR

Section G. Personnel Biographies 1 7 days after award COR

Section F. Payment Request 1

Last calendar day

of each month COR

Section D. Request for Substantial Completion 1

7 days before

inspection COR

Section D. Request for Final Acceptance 1

5 days before

inspection COR

US Embassy Lisbon

SPO50017Q0004

8

F. ADMINISTRATIVE DATA

652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999)

(a) The Contracting Officer may designate in writing one or more Government

employees, by name or position title, to take action for the Contracting Officer under this

contract. Each designee shall be identified as a Contracting Officer’s Representative (COR).

Such designation(s) shall specify the scope and limitations of the authority so delegated;

provided, that the designee shall not change the terms or conditions of the contract, unless the

COR is a warranted Contracting Officer and this authority is delegated in the designation.

(b) The COR for this contract is the Maintenance Supervisor.

Payment: The Contractor's attention is directed to Section H, 52.232-5, "Payments Under Fixed-

Price Construction Contracts". The following elaborates on the information contained in that

clause.

Requests for payment, may be made no more frequently than monthly. Payment requests

shall cover the value of labor and materials completed and in place, including a prorated portion

of overhead and profit.

After receipt of the Contractor's request for payment, and on the basis of an inspection of

the work, the Contracting Officer shall make a determination as to the amount, which is then

due. If the Contracting Officer does not approve payment of the full amount applied for, less the

retainage allowed by in 52.232-5, the Contracting Officer shall advise the Contractor as to the

reasons.

Under the authority of 52.232-27(a), the 14 day period identified in FAR 52.232-

27(a)(1)(i)(A) is hereby changed to 30 days.

AMERICAN EMBASSY

C/O FMO

Avenida das Forças Armadas

1649-044 Lisboa

The Contractor shall show Value Added Tax (VAT) as a separate item on invoices submitted

for payment.

US Embassy Lisbon

SPO50017Q0004

9

G. SPECIAL REQUIREMENTS

G.1.0 PERFORMANCE/PAYMENT PROTECTION - The Contractor shall furnish

some form of payment protection as described in 52.228-13 in the amount of 20% of the contract

price in a form of bank guaranty.

G.1.1 The Contractor shall provide the information required by the paragraph above

within ten (10) calendar days after award. Failure to timely submit the required security may

result in rescinding or termination of the contract by the Government. If the contract is

terminated, the Contractor will be liable for those costs as described in FAR 52.249-10, Default

(Fixed-Price Construction), which is included in this purchase order.

G.1.2 The bonds or alternate performance security shall guarantee the Contractor's

execution and completion of the work within the contract time. This security shall also

guarantee the correction of any defects after completion, the payment of all wages and other

amounts payable by the Contractor under its subcontracts or for labor and materials, and the

satisfaction or removal of any liens or encumbrances placed on the work.

G.1.3 The required securities shall remain in effect in the full amount required until

final acceptance of the project by the Government. Upon final acceptance, the penal sum of the

performance security shall be reduced to 10% of the contract price. The security shall remain in

effect for one year after the date of final completion and acceptance, and the Contractor shall pay

any premium required for the entire period of coverage.

G.2.0 INSURANCE - The Contractor is required by FAR 52.228-5, "Insurance - Work

on a Government Installation" to provide whatever insurance is legally necessary. The

Contractor shall at its own expense provide and maintain during the entire performance period

the following insurance amounts:

G.2.1 GENERAL LIABILITY (includes premises/operations, collapse hazard, products,

completed operations, contractual, independent contractors, broad form property damage,

personal injury) :

(1) BODILY INJURY, ON OR OFF THE SITE, IN EUROS

Per Occurrence EUROS 500,000.00

Cumulative EUROS 1,000,000.00

(2) PROPERTY DAMAGE, ON OR OFF THE SITE, IN U.S. DOLLARS

Per Occurrence EUROS 500,000.00

Cumulative EUROS 1,000,000.00

G.2.2 The foregoing types and amounts of insurance are the minimums required. The

Contractor shall obtain any other types of insurance required by local law or that are ordinarily or

customarily obtained in the location of the work. The limit of such insurance shall be as

US Embassy Lisbon

SPO50017Q0004

10

provided by law or sufficient to meet normal and customary claims.

G.2.3 The Contractor agrees that the Government shall not be responsible for personal

injuries or for damages to any property of the Contractor, its officers, agents, servants, and

employees, or any other person, arising from and incident to the Contractor's performance of this

contract. The Contractor shall hold harmless and indemnify the Government from any and all

claims arising therefrom, except in the instance of gross negligence on the part of the

Government.

G.2.4 The Contractor shall obtain adequate insurance for damage to, or theft of,

materials and equipment in insurance coverage for loose transit to the site or in storage on or off

the site.

G.2.5 The general liability policy required of the Contractor shall name "the United

States of America, acting by and through the Department of State", as an additional insured with

respect to operations performed under this contract.

G.3.0 DOCUMENT DESCRIPTIONS

G.3.1 SUPPLEMENTAL DOCUMENTS: The Contracting Officer shall furnish from

time to time such detailed drawings and other information as is considered necessary, in the

opinion of the Contracting Officer, to interpret, clarify, supplement, or correct inconsistencies,

errors or omissions in the Contract documents, or to describe minor changes in the work not

involving an increase in the contract price or extension of the contract time. The Contractor shall

comply with the requirements of the supplemental documents, and unless prompt objection is

made by the Contractor within 20 days, their issuance shall not provide for any claim for an

increase in the Contract price or an extension of contract time.

G.3.1.1. RECORD DOCUMENTS. The Contractor shall maintain at the project

site:

(1) a current marked set of Contract drawings and specifications indicating all

interpretations and clarification, contract modifications, change orders, or

any other departure from the contract requirements approved by the

Contracting Officer; and,

(2) a complete set of record shop drawings, product data, samples and other

submittals as approved by the Contracting Officer.

G.3.1.2 . "As-Built" Documents: After final completion of the work, but before

final acceptance thereof, the Contractor shall provide:

(1) a complete set of "as-built" drawings, based upon the record set of

drawings, marked to show the details of construction as actually

accomplished; and,

(2) record shop drawings and other submittals, in the number and form as

required by the specifications.

US Embassy Lisbon

SPO50017Q0004

11

G.4.0 LAWS AND REGULATIONS - The Contractor shall, without additional expense

to the Government, be responsible for complying with all laws, codes, ordinances, and

regulations applicable to the performance of the work, including those of the host country, and

with the lawful orders of any governmental authority having jurisdiction. Host country

authorities may not enter the construction site without the permission of the Contracting Officer.

Unless otherwise directed by the Contracting Officer, the Contractor shall comply with the more

stringent of the requirements of such laws, regulations and orders and of the contract. In the

event of a conflict between the contract and such laws, regulations and orders, the Contractor

shall promptly advise the Contracting Officer of the conflict and of the Contractor's proposed

course of action for resolution by the Contracting Officer.

G.4.1 The Contractor shall comply with all local labor laws, regulations, customs and

practices pertaining to labor, safety, and similar matters, to the extent that such compliance is not

inconsistent with the requirements of this contract.

G.4.2 The Contractor shall give written assurance to the Contracting Officer that all

subcontractors and others performing work on or for the project have obtained all requisite

licenses and permits.

G.4.3 The Contractor shall submit proper documentation and evidence satisfactory to

the Contracting Officer of compliance with this clause.

G.5.0 CONSTRUCTION PERSONNEL - The Contractor shall maintain discipline at

the site and at all times take all reasonable precautions to prevent any unlawful, riotous, or

disorderly conduct by or among those employed at the site. The Contractor shall ensure the

preservation of peace and protection of persons and property in the neighborhood of the project

against such action. The Contracting Officer may require, in writing that the Contractor remove

from the work any employee that the Contracting Officer deems incompetent, careless,

insubordinate or otherwise objectionable, or whose continued employment on the project is

deemed by the Contracting Officer to be contrary to the Government's interests.

G.5.1 If the Contractor has knowledge that any actual or potential labor dispute is

delaying or threatens to delay the timely performance of this contract, the Contractor shall

immediately give notice, including all relevant information, to the Contracting Officer.

G.5.2 After award, the Contractor has (7) seven calendar days to submit to the

Contracting Officer a list of workers and supervisors assigned to this project for the Government

to conduct all necessary security checks. It is anticipated that security checks will take up to 10

(ten) days to perform. For each individual the list shall include:

Form OF 174 (provided by the Embassy)

Photocopy of the Identification Card

Criminal Record (less than 90 days)

Letter from Contractor stating the name of the worker(s)

Five references (three individuals and two commercial)

Authorization to release information

US Embassy Lisbon

SPO50017Q0004

12

Failure to provide any of the above information may be considered grounds for rejection

and/or resubmittal of the application. Once the Government has completed the security

screening and approved the applicants a badge will be provided to the individual for access to the

site. This badge may be revoked at any time due to the falsification of data, or misconduct on

site.

G.5.3 The Contractor shall provide an English speaking supervisor on site at all times.

This position is considered as key personnel under this purchase order.

G.6.0 Materials and Equipment - All materials and equipment incorporated into the

work shall be new and for the purpose intended, unless otherwise specified. All workmanship

shall be of good quality and performed in a skillful manner that will withstand inspection by the

Contracting Officer.

G.7.0 SPECIAL WARRANTIES

G.7.1 Any special warranties that may be required under the contract shall be subject to the

stipulations set forth in 52.246-21, "Warranty of Construction", as long as they are not in

conflict.

G.7.2 The Contractor shall obtain and furnish to the Government all information

required to make any subcontractor's, manufacturer's, or supplier's guarantee or warranty legally

binding and effective. The Contractor shall submit both the information and the guarantee or

warranty to the Government in sufficient time to permit the Government to meet any time limit

specified in the guarantee or warranty, but not later than completion and acceptance of all work

under this contract.

G.8.0 EQUITABLE ADJUSTMENTS

Any circumstance for which the contract provides an equitable adjustment that causes a

change within the meaning of paragraph (a) of the "Changes" clause shall be treated as a change

under that clause; provided, that the Contractor gives the Contracting Officer prompt written

notice (within 20 days) stating:

(a) the date, circumstances, and applicable contract clause authorizing an equitable

adjustment and

(b) that the Contractor regards the event as a changed condition for which an equitable

adjustment is allowed under the contract

The Contractor shall provide written notice of a differing site condition within 10

calendar days of occurrence following FAR 52.236-2, Differing Site Conditions.

US Embassy Lisbon

SPO50017Q0004

13

G.9.0 ZONING APPROVALS AND PERMITS

The Government shall be responsible for:

- obtaining proper zoning or other land use control approval for the project

- obtaining the approval of the Contracting Drawings and Specifications

- paying fees due for the foregoing; and,

- for obtaining and paying for the initial building permits.

US Embassy Lisbon

SPO50017Q0004

14

H. CLAUSES

This contract incorporates one or more clauses by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their full

text available. Also, the full text of a clause may be accessed electronically at this/these

address(es): http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm. Please note

these addresses are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated

above, use the Department of State Acquisition website at http://www.statebuy.state.gov/ to

access links to the FAR. You may also use an internet “search engine” (for example, Google,

Yahoo, Excite) to obtain the latest location of the most current FAR.

The following Federal Acquisition Regulation clause(s) is/are incorporated by reference (48 CFR

CH. 1):

CLAUSE TITLE AND DATE

52.202-1 DEFINITIONS (NOV 2013)

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL

(JAN 2011)

52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER

SUBCONTRACT AWARDS (OCT 2015)

52.204-12 DATA UNIVERSAL NUMBERING SYSTEM NUMBER MAINTENANCE

(DEC 2012)

52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (JULY 2013)

52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

(JUL 2016)

52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND

CERTIFICATIONS (DEC 2014)

52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN

SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED

OR PROPOSED FOR DEBARMENT (OCT 2015)

52.209-9 UPDATES OF INFORMATION REGARDING RESPONSIBILITY MATTERS

(JULY 2013)

52.213-4 TERMS AND CONDITIONS –SIMPLIFIED ACQUISITIONS (OTHER THAN

COMMERCIAL ITEMS) (JAN 2017)

US Embassy Lisbon

SPO50017Q0004

15

52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013)

52.222-1 NOTICE TO THE GOVERNMENT OF LABOR DISPUTES (FEB 1997)

52.222-19 CHILD LABOR – COOPERATION WITH AUTHORITIES AND REMEDIES

(FEB 2016)

52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009)

52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING

WHILE DRIVING (AUG 2011)

52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008)

52.225-14 INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION

OF CONTRACT (FEB 2000)

52.228-3 WORKER´S COMPENSATION AND WAR-HAZARD INSURANCE

OVERSEAS (DBA) (JULY 2014)

52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997)

52.228-11 PLEDGES OF ASSETS (JAN 2012)

52.228-13 ALTERNATIVE PAYMENT PROTECTION (JULY 2000)

52.228-14 IRREVOCABLE LETTER OF CREDIT (NOV 2014)

52.229-6 TAXES - FOREIGN FIXED-PRICE CONTRACTS (FEB 2013)

52.229-7 TAXES- FIXED PRICE CONTRACTS WITH FOREIGN GOVERNMENTS

(FEB 2013)

52.232-5 PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS

(MAY 2014)

52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002)

52.232-11 EXTRAS (APR 1984)

52.232-18 AVAILABILITY OF FUNDS (APR 1984)

52.232-22 LIMITATION OF FUNDS (APR 1984)

52.232-25 PROMPT PAYMENT (JULY 2013)

52.232-27 PROMPT PAYMENT FOR CONSTRUCTION CONTRACTS (MAY 2014)

US Embassy Lisbon

SPO50017Q0004

16

52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - SYSTEM FOR AWARD

MANAGEMENT (JULY 2013)

52.232-34 PAYMENT BY ELECTRONIC FUNDS TRANSFER – OTHER THAN

SYSTEM FOR AWARD MANAGEMENT (JULY 2013)

52.233-1 DISPUTES (MAY 2014) Alternate I (DEC 1991)

52.233-3 PROTEST AFTER AWARD (AUG 1996)

52.236-2 DIFFERING SITE CONDITIONS (APR 1984)

52.236-3 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK

(APR 1984)

52.236-5 MATERIAL AND WORKMANSHIP (APR 1984)

52.236-6 SUPERINTENDENCE BY THE CONTRACTOR (APR 1984)

52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991)

52.236-8 OTHER CONTRACTS (APR 1984)

52.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT,

UTILITIES, AND IMPROVEMENTS (APR 1984)

52.236-10 OPERATIONS AND STORAGE AREAS (APR 1984)

52.236-11 USE AND POSSESSION PRIOR TO COMPLETION (APR 1984)

52.236-12 CLEANING UP (APR 1984)

52.236-14 AVAILABILITY AND USE OF UTILITY SERVICES (APR 1984)

52.236-15 SCHEDULES FOR CONSTRUCTION CONTRACTS (APR 1984)

52.236-21 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (FEB 1997)

52.236-26 PRECONSTRUCTION CONFERENCE (FEB 1995)

52.242-14 SUSPENSION OF WORK (APR 1984)

52.243-4 CHANGES (JUN 2007)

52.243-5 CHANGES AND CHANGED CONDITIONS (APR 1984)

US Embassy Lisbon

SPO50017Q0004

17

52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (SEP 2016)

52.245-2 GOVERNMENT PROPERTY INSTALLATION OPERATION SERVICES

(APR 2012)

52.245-9 USE AND CHARGES (APR 2012)

52.246-12 INSPECTION OF CONSTRUCTION (AUG 1996)

52.246-17 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)

52.246-21 WARRANTY OF CONSTRUCTION (MAR 1994)

52.249-2 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-

PRICE) (APR 2012) Alternate I (SEPT 1996)

52.249-10 DEFAULT (FIXED-PRICE CONSTRUCTION) (APR 1984)

52.249-14 EXCUSABLE DELAYS (APR 1984)

The following Department of State Acquisition Regulation (DOSAR) clause(s) is/are set forth in

full text:

652.204-70 DEPARTMENT OF STATE PERSONAL IDENTIFICATION CARD

ISSUANCE PROCEDURES (MAY 2011)

(a) The Contractor shall comply with the Department of State (DOS) Personal

Identification Card Issuance Procedures for all employees performing under this contract who

require frequent and continuing access to DOS facilities, or information systems. The Contractor

shall insert this clause in all subcontracts when the subcontractor’s employees will require

frequent and continuing access to DOS facilities, or information systems.

(b) The DOS Personal Identification Card Issuance Procedures may be accessed at

http://www.state.gov/m/ds/rls/rpt/c21664.htm .

(End of clause)

652.229-71 PERSONAL PROPERTY DISPOSITION AT POSTS ABROAD (AUG 1999)

Regulations at 22 CFR Part 136 require that U.S. Government employees and their

families do not profit personally from sales or other transactions with persons who are not

themselves entitled to exemption from import restrictions, duties, or taxes. Should the Contractor

experience importation or tax privileges in a foreign country because of its contractual

relationship to the United States Government, the Contractor shall observe the requirements of

22 CFR Part 136 and all policies, rules, and procedures issued by the chief of mission in that

foreign country.

(End of clause)

US Embassy Lisbon

SPO50017Q0004

18

CONTRACTOR IDENTIFICATION (JULY 2008)

Contract performance may require contractor personnel to attend meetings with

government personnel and the public, work within government offices, and/or utilize

government email.

Contractor personnel must take the following actions to identify themselves as non-

federal employees:

1) Use an e-mail signature block that shows name, the office being supported and company

affiliation (e.g. “John Smith, Office of Human Resources, ACME Corporation Support

Contractor”);

2) Clearly identify themselves and their contractor affiliation in meetings;

3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever

contractor personnel are included in those listings; and

4) Contractor personnel may not utilize Department of State logos or indicia on business

cards.

(End of clause)

652.236-70 ACCIDENT PREVENTION (APR 2004)

(a) General. The Contractor shall provide and maintain work environments and

procedures which will safeguard the public and Government personnel, property, materials,

supplies, and equipment exposed to contractor operations and activities; avoid interruptions of

Government operations and delays in project completion dates; and, control costs in the

performance of this contract. For these purposes, the Contractor shall:

(1) Provide appropriate safety barricades, signs and signal lights;

(2) Comply with the standards issued by any local government authority having

jurisdiction over occupational health and safety issues; and,

(3) Ensure that any additional measures the Contracting Officer determines to be

reasonably necessary for this purpose are taken.

(4) For overseas construction projects, the Contracting Officer shall specify in writing

additional requirements regarding safety if the work involves:

(i) Scaffolding;

(ii) Work at heights above two (2) meters;

(iii) Trenching or other excavation greater than one (1) meter in depth;

(iv) Earth moving equipment;

(v) Temporary wiring, use of portable electric tools, or other recognized electrical

hazards. Temporary wiring and portable electric tools require the use of a ground fault

circuit interrupter (GFCI) in the affected circuits; other electrical hazards may also

require the use of a GFCI;

(vi) Work in confined spaces (limited exits, potential for oxygen less that 19.5

percent or combustible atmosphere, potential for solid or liquid engulfment, or other

hazards considered to be immediately dangerous to life or health such as water tanks,

transformer vaults, sewers, cisterns, etc.);

(vii) Hazardous materials – a material with a physical or health hazard including

but not limited to, flammable, explosive, corrosive, toxic, reactive or unstable, or any

US Embassy Lisbon

SPO50017Q0004

19

operations which creates any kind of contamination inside an occupied building such as

dust from demolition activities, paints, solvents, etc.; or

(viii) Hazardous noise levels.

(b) Records. The Contractor shall maintain an accurate record of exposure data on all

accidents incident to work performed under this contract resulting in death, traumatic injury,

occupational disease, or damage to or theft of property, materials, supplies, or equipment. The

Contractor shall report this data in the manner prescribed by the Contracting Officer.

(c) Subcontracts. The Contractor shall be responsible for its subcontractors’ compliance

with this clause.

(d) Written program. Before commencing work, the Contractor shall:

(1) Submit a written plan to the Contracting Officer for implementing this clause. The

plan shall include specific management or technical procedures for effectively controlling

hazards associated with the project; and,

(2) Meet with the Contracting Officer to discuss and develop a mutual understanding

relative to administration of the overall safety program.

(e) Notification. The Contracting Officer shall notify the Contractor of any non-

compliance with these requirements and the corrective actions required. This notice, when

delivered to the Contractor or the Contractor’s representative on site, shall be deemed sufficient

notice of the non-compliance and corrective action required. After receiving the notice, the

Contractor shall immediately take corrective action. If the Contractor fails or refuses to

promptly take corrective action, the Contracting Officer may issue an order suspending all or

part of the work until satisfactory corrective action has been taken. The Contractor shall not be

entitled to any equitable adjustment of the contract price or extension of the performance

schedule on any suspension of work order issued under this clause.

(End of clause)

652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999)

(a) The Contractor warrants the following:

(1) That is has obtained authorization to operate and do business in the country or

countries in which this contract will be performed;

(2) That is has obtained all necessary licenses and permits required to perform this

contract; and,

(3) That it shall comply fully with all laws, decrees, labor standards, and regulations of

said country or countries during the performance of this contract.

(b) If the party actually performing the work will be a subcontractor or joint venture partner,

then such subcontractor or joint venture partner agrees to the requirements of paragraph (a) of

this clause.

(End of clause)

652.243-70 NOTICES (AUG 1999)

Any notice or request relating to this contract given by either party to the other shall be in

writing. Said notice or request shall be mailed or delivered by hand to the other party at the

US Embassy Lisbon

SPO50017Q0004

20

address provided in the schedule of the contract. All modifications to the contract must be made

in writing by the Contracting Officer.

(End of clause)

US Embassy Lisbon

SPO50017Q0004

21

I. LIST OF ATTACHMENTS

ATTACHMENT

NUMBER DESCRIPTION OF ATTACHMENT

NUMBER OF

PAGES

Attachment 1 Sample Bank Letter of Guaranty 1

Attachment 2 Drawings (Contact U S Embassy Procurement Office) 13

Attachment 3 Specifications 6

Attachment 4 Map of Quantities 4

US Embassy Lisbon

SPO50017Q0004

22

J. QUOTATION INFORMATION

A. QUALIFICATIONS OF OFFERORS

Offerors/quoters must be technically qualified and financially responsible to perform

the work described in this solicitation. At a minimum, each Offeror/Quoter must meet the

following requirements:

(1) Be able to understand written and spoken English;

(2) Have an established business with a permanent address and telephone

listing;

(3) Be able to demonstrate prior construction experience with suitable

references;

(4) Have the necessary personnel, equipment and financial resources available

to perform the work;

(5) Have all licenses and permits required by local law;

(6) Meet all local insurance requirements;

(7) Have the ability to obtain or to post adequate performance security, such

as bonds, irrevocable letters of credit or guarantees issued by a reputable

financial institution;

(8) Have no adverse criminal record; and

(9) Have no political or business affiliation which could be considered

contrary to the interests of the United States.

B. SUBMISSION OF QUOTATIONS

This solicitation is for the performance of the construction services described in SCOPE

OF WORK, and the Attachments which are a part of this request for quotation.

Each quotation must consist of the following:

VOLUME TITLE NUMBER OF

COPIES*

I Standard Form 1442 including a completed Attachment 4,

"Map of Quantities”

1

II Performance schedule in the form of a "bar chart" and

Business Management/Technical Proposal

1

US Embassy Lisbon

SPO50017Q0004

23

Submit the complete quotation to the address indicated. If mailed, on Standard Form 1442, or if

hand-delivered, use the address set forth below:

The Offeror/Quoter shall identify and explain/justify any deviations, exceptions, or conditional

assumptions taken with respect to any of the instructions or requirements of this request for

quotation in the appropriate volume of the offer.

Volume II: Performance schedule and Business Management/Technical Proposal.

(a) Present the performance schedule in the form of a "bar chart" indicating when the

various portions of the work will be commenced and completed within the required schedule.

This bar chart shall be in sufficient detail to clearly show each segregable portion of work and its

planned commencement and completion date.

(b) The Business Management/Technical Proposal shall be in two parts, including the

following information:

Proposed Work Information - Provide the following:

(1) A list of the names, addresses and telephone numbers of the owners, partners,

and principal officers of the Offeror;

(2) The name and address of the Offeror's field superintendent for this project;

(3) A list of the names, addresses, and telephone numbers of subcontractors and

principal materials suppliers to be used on the project, indicating what portions of the

work will be performed by them; and,

Experience and Past Performance - List all contracts and subcontracts your company has

held over the past three years for the same or similar work. Provide the following information

for each contract and subcontract:

(1) Customer's name, address, and telephone numbers of customer's lead contract

and technical personnel;

(2) Contract number and type;

(3) Date of the contract award place(s) of performance, and completion dates;

Contract dollar value;

(4) Brief description of the work, including responsibilities; and

(5) Any litigation currently in process or occurring within last 5 years.

US Embassy Lisbon

SPO50017Q0004

24

C. 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995)

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations

and Conditions Affecting the Work, will be included in any contract awarded as a result of this

solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where

the work will be performed.

(b) A site visit has been scheduled for March 30, 2017 at 9:00 a.m.

(c) Participants will meet at American Embassy Lisbon, Avenida das Forças

Armadas, 1649-044 Lisboa.

D. MAGNITUDE OF CONSTRUCTION PROJECT

It is anticipated that the range in price of this contract will be: Between €22,000 and

€89,000.00.

E. LATE QUOTATIONS. Late quotations shall be handled in accordance with FAR.

F. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB

1998)

This contract incorporates the following provisions by reference, with the same force and

effect as if they were given in full text. Upon request, the Contracting Officer will make their

full text available. The offeror is cautioned that the listed provisions may include blocks that

must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting

the full text of those provisions, the offeror may identify the provision by paragraph identifier

and provide the appropriate information with its quotation or offer.

Also, the full text of a solicitation provision may be accessed electronically at:

http://acquisition.gov/far/index.html/ or http://farsite.hill.af.mil/vffara.htm. Please note these

addresses are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated

above, use the Department of State Acquisition website at http://www.statebuy.state.gov to

access the link to the FAR, or use of an Internet "search engine" (for example, Google, Yahoo or

Excite) is suggested to obtain the latest location of the most current FAR.

The following Federal Acquisition Regulation provisions are incorporated by reference (48 CFR

CH. 1):

PROVISION TITLE AND DATE

52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER

(JULY 2013)

52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013)

US Embassy Lisbon

SPO50017Q0004

25

52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

(JUL 2016)

52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR

1991)

52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION

(JAN 2004)

US Embassy Lisbon

SPO50017Q0004

26

K. EVALUATION CRITERIA

Award will be made to the lowest priced, acceptable, responsible quoter. The Government

reserves the right to reject quotations that are unreasonably low or high in price.

The Government will determine acceptability by assessing the offeror's compliance with the

terms of the RFQ. The Government will determine responsibility by analyzing whether the

apparent successful quoter complies with the requirements of FAR 9.1, including:

ability to comply with the required performance period, taking into consideration all

existing commercial and governmental business commitments;

satisfactory record of integrity and business ethics;

necessary organization, experience, and skills or the ability to obtain them;

necessary equipment and facilities or the ability to obtain them; and

otherwise, qualified and eligible to receive an award under applicable laws and

regulations.

The following DOSAR is provided in full text:

652.209-79 REPRESENTATION BY CORPORATION REGARDING AN UNPAID

DELINQUENT TAX LIABILITY OR A FELONY CRIMINAL CONVICTION UNDER ANY

FEDERAL LAW (SEPT 2014) (DEVIATION per PIB 2014-21)

(a) In accordance with section 7073 of Division K of the Consolidated Appropriations Act,

2014 (Public Law 113-76) none of the funds made available by that Act may be used to enter

into a contract with any corporation that –

(1) Was convicted of a felony criminal violation under any Federal law within the

preceding 24 months, where the awarding agency has direct knowledge of the conviction, unless

the agency has considered, in accordance with its procedures, that this further action is not

necessary to protect the interests of the Government; or

(2) Has any unpaid Federal tax liability that has been assessed for which all judicial

and administrative remedies have been exhausted or have lapsed, and that is not being paid in a

timely manner pursuant to an agreement with the authority responsible for collecting the tax

liability, where the awarding agency has direct knowledge of the unpaid tax liability, unless the

Federal agency has considered, in accordance with its procedures, that this further action is not

necessary to protect the interests of the Government.

For the purposes of section 7073, it is the Department of State’s policy that no award may be

made to any corporation covered by (1) or (2) above, unless the Procurement Executive has

made a written determination that suspension or debarment is not necessary to protect the

interests of the Government.

(b) Offeror represents that—

US Embassy Lisbon

SPO50017Q0004

27

(1) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a

Federal law within the preceding 24 months.

(2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been

assessed for which all judicial and administrative remedies have been exhausted or have lapsed,

and that is not being paid in a timely manner pursuant to an agreement with the authority

responsible for collecting the tax liability.

(End of provision)

US Embassy Lisbon

SPO50017Q0004

28

SECTION L - REPRESENTATIONS, CERTIFICATIONS AND

OTHER STATEMENTS OF OFFERORS OR QUOTERS

L.1 52.204-3 TAXPAYER IDENTIFICATION (OCT 1998)

(a) Definitions.

"Common parent", as used in this provision, means that corporate entity that owns or

controls an affiliated group of corporations that files its Federal income tax returns on a

consolidated basis, and of which the offeror is a member.

“Taxpayer Identification Number (TIN)", as used in this provision, means the number

required by the IRS to be used by the offeror in reporting income tax and other returns. The

TIN may be either a Social Security Number or an Employer Identification Number.

(b) All offerors must submit the information required in paragraphs (d) through (f) of this

provision in order to comply with debt collection requirements of 31 U.S.C. 7701(c) and

3325 (d), reporting requirements of 26 USC 6041, 6041A, and 6050M and implementing

regulations issued by the Internal Revenue Service (IRS). If the resulting contract is

subject to the reporting requirements described in FAR 4.904, the failure or refusal by the

offeror to furnish the information may result in a 31 percent reduction of payments

(c) otherwise due under the contract.

(d) The TIN may be used by the Government to collect and report on any delinquent

amounts arising out of the offeror’s relationship with the Government (3l USC 7701(

c)(3)). If the resulting contract is subject to the payment reporting requirements

described in FAR 4.904, the TIN provided hereunder may be matched with IRS records

to verify the accuracy of the offeror’s TIN.

(e) Taxpayer Identification Number (TIN).

TIN: ____________________________

TIN has been applied for.

TIN is not required because:

Offeror is a nonresident alien, foreign corporation, or foreign partnership

that does not have income effectively connected with the conduct of a trade or

business in the U.S. and does not have an office or place of business or a fiscal

paying agent in the U.S.;

Offeror is an agency or instrumentality of a foreign government;

Offeror is an agency or instrumentality of the Federal Government.

(e) Type of Organization.

Sole Proprietorship;

Partnership;

Corporate Entity (not tax exempt);

Corporate Entity (tax exempt);

Government Entity (Federal, State or local);

Foreign Government;

US Embassy Lisbon

SPO50017Q0004

29

International organization per 26 CFR 1.6049-4;

Other _________________________________.

(f) Common Parent.

Offeror is not owned or controlled by a common parent as defined in paragraph

(a) of this clause.

Name and TIN of common parent:

Name _____________________________

TIN ______________________________

(End of provision)

L.2 52.204-8 -- Annual Representations and Certifications. (Apr 2016)

(a)(1) The North American Industry classification System (NAICS) code for this acquisition is

236118, 236220, 237110, 237310, and 237990.

(2) The small business size standard is $36.5M.

(3) The small business size standard for a concern which submits an offer in its own

name, other than on a construction or service contract, but which proposes to furnish a

product which it did not itself manufacture, is 500 employees.

(b) (1) If the provision at 52.204-7, System for Award Management, is included in this

solicitation, paragraph (d) of this provision applies.

(2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is

currently registered in the System for Award Management (SAM), and has completed the

Representations and Certifications section of SAM electronically, the offeror may choose

to use paragraph (d) of this provision instead of completing the corresponding individual

representations and certification in the solicitation. The offeror shall indicate which

option applies by checking one of the following boxes:

[_] (i) Paragraph (d) applies.

[_] (ii) Paragraph (d) does not apply and the offeror has completed the individual

representations and certifications in the solicitation.

(c) (1) The following representations or certifications in SAM are applicable to this solicitation

as indicated:

(i) 52.203-2, Certificate of Independent Price Determination. This provision

applies to solicitations when a firm-fixed-price contract or fixed-price contract

with economic price adjustment is contemplated, unless—

(A) The acquisition is to be made under the simplified acquisition

procedures in Part 13;

(B) The solicitation is a request for technical proposals under two-step

sealed bidding procedures; or

US Embassy Lisbon

SPO50017Q0004

30

(C) The solicitation is for utility services for which rates are set by law or

regulation.

(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence

Certain Federal Transactions. This provision applies to solicitations expected to

exceed $150,000.

(iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that

do not include the provision at 52.204-7, System for Award Management.

(iv) 52.204-5, Women-Owned Business (Other Than Small Business). This

provision applies to solicitations that—

(A) Are not set aside for small business concerns;

(B) Exceed the simplified acquisition threshold; and

(C) Are for contracts that will be performed in the United States or its

outlying areas.

(v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations—

Representation.

(vi) 52.209-5; Certification Regarding Responsibility Matters. This provision

applies to solicitations where the contract value is expected to exceed the

simplified acquisition threshold.

(vii) 52.209-11, Representation by Corporations Regarding Delinquent Tax

Liability or a Felony Conviction under any Federal Law. This provision applies to

all solicitations.

(viii) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to

invitations for bids except those in which the place of performance is specified by

the Government.

(ix) 52.215-6, Place of Performance. This provision applies to solicitations unless

the place of performance is specified by the Government.

(x) 52.219-1, Small Business Program Representations (Basic & Alternate I). This

provision applies to solicitations when the contract will be performed in the

United States or its outlying areas.

(A) The basic provision applies when the solicitations are issued by other

than DoD, NASA, and the Coast Guard.

(B) The provision with its Alternate I applies to solicitations issued by

DoD, NASA, or the Coast Guard.

(xi) 52.219-2, Equal Low Bids. This provision applies to solicitations when

contracting by sealed bidding and the contract will be performed in the United

States or its outlying areas.

US Embassy Lisbon

SPO50017Q0004

31

(xii) 52.222-22, Previous Contracts and Compliance Reports. This provision

applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

(xiii) 52.222-25, Affirmative Action Compliance. This provision applies to

solicitations, other than those for construction, when the solicitation includes the

clause at 52.222-26, Equal Opportunity.

(xiv) 52.222-38, Compliance with Veterans' Employment Reporting

Requirements. This provision applies to solicitations when it is anticipated the

contract award will exceed the simplified acquisition threshold and the contract is

not for acquisition of commercial items.

(xv) 52.223-1, Biobased Product Certification. This provision applies to

solicitations that require the delivery or specify the use of USDA-designated

items; or include the clause at 52.223-2, Affirmative Procurement of Biobased

Products Under Service and Construction Contracts.

(xvi) 52.223-4, Recovered Material Certification. This provision applies to

solicitations that are for, or specify the use of, EPA- designated items.

(xvii) 52.225-2, Buy American Certificate. This provision applies to solicitations

containing the clause at 52.225-1.

(xviii) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act

Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations

containing the clause at 52.225- 3.

(A) If the acquisition value is less than $25,000, the basic provision

applies.

(B) If the acquisition value is $25,000 or more but is less than $50,000, the

provision with its Alternate I applies.

(C) If the acquisition value is $50,000 or more but is less than $77,533, the

provision with its Alternate II applies.

(D) If the acquisition value is $79,507 or more but is less than $100,000,

the provision with its Alternate III applies.

(xix) 52.225-6, Trade Agreements Certificate. This provision applies to

solicitations containing the clause at 52.225-5.

(xx) 52.225-20, Prohibition on Conducting Restricted Business Operations in

Sudan--Certification. This provision applies to all solicitations.

(xxi) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain

Activities or Transactions Relating to Iran—Representation and Certification.

This provision applies to all solicitations.

US Embassy Lisbon

SPO50017Q0004

32

(xxii) 52.226-2, Historically Black College or University and Minority Institution

Representation. This provision applies to solicitations for research, studies,

supplies, or services of the type normally acquired from higher educational

institutions.

(2) The following representations or certifications are applicable as indicated by the

Contracting Officer:

[Contracting Officer check as appropriate.]

___ (i) 52.204-17, Ownership or Control of Offeror.

___ (ii) 52.204-20, Predecessor of Offeror.

___ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed

End Products.

___ (iv) 52.222-48, Exemption from Application of the Service Contract Labor

Standards to Contracts for Maintenance, Calibration, or Repair of Certain

Equipment--Certification.

___ (v) 52.222-52 Exemption from Application of the Service Contract Labor

Standards to Contracts for Certain Services--Certification.

___ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered

Material Content for EPA-Designated Products (Alternate I only).

___ (vii) 52.227-6, Royalty Information.

___ (A) Basic.

___ (B) Alternate I.

___ (viii) 52.227-15, Representation of Limited Rights Data and Restricted

Computer Software.

(d) The offeror has completed the annual representations and certifications electronically via the

SAM Web site accessed through https://www.acquisition.gov . After reviewing the SAM

database information, the offeror verifies by submission of the offer that the representations and

certifications currently posted electronically that apply to this solicitation as indicated in

paragraph (c) of this provision have been entered or updated within the last 12 months, are

current, accurate, complete, and applicable to this solicitation (including the business size

standard applicable to the NAICS code referenced for this solicitation), as of the date of this

offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes

identified below [offeror to insert changes, identifying change by clause number, title, date].

These amended representation(s) and/or certification(s) are also incorporated in this offer and are

current, accurate, and complete as of the date of this offer.

US Embassy Lisbon

SPO50017Q0004

33

FAR Clause Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and

do not result in an update to the representations and certifications posted on SAM.

(End of Provision)

L.3. 52.225-18 PLACE OF MANUFACTURE (SEPT 2006)

(a) Definitions. As used in this clause—

“ Manufactured end product” means any end product in Federal Supply Classes (FSC)

1000-9999, except—

(1) FSC 5510, Lumber and Related Basic Wood Materials;

(2) Federal Supply Group (FSG) 87, Agricultural Supplies;

(3) FSG 88, Live Animals;

(4) FSG 89, Food and Related Consumables;

(5) FSC 9410, Crude Grades of Plant Materials;

(6) FSC 9430, Miscellaneous Crude Animal Products, Inedible;

(7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products;

(8) FSC 9610, Ores;

(9) FSC 9620, Minerals, Natural and Synthetic; and

(10) FSC 9630, Additive Metal Materials.

“Place of manufacture” means the place where an end product is assembled out of

components, or otherwise made or processed from raw materials into the finished product that is

to be provided to the Government. If a product is disassembled and reassembled, the place of

reassembly is not the place of manufacture.

(b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of

the end products it expects to provide in response to this solicitation is predominantly—

(1) [ ] In the United States (Check this box if the total anticipated price of offered

end products manufactured in the United States exceeds the total anticipated

price of offered end products manufactured outside the United States); or

(2) [ ] Outside the United States.

(End of provision)

US Embassy Lisbon

SPO50017Q0004

34

L.4 AUTHORIZED CONTRACTOR ADMINISTRATOR

If the offeror does not fill-in the blanks below, the official who signed the offer will be deemed

to be the offeror's representative for Contract Administration, which includes all matters

pertaining to payments.

Name:

Telephone Number:

Address:

L.5 RESERVED

US Embassy Lisbon

SPO50017Q0004

35

ATTACHMENT #1 - SAMPLE LETTER OF BANK GUARANTY

Place [ ]

Date [ ]

Contracting Officer

U.S. Embassy, [Note to CO: insert Post name]

[Note to CO: insert mailing address]

Letter of Guaranty No. _______

SUBJECT: Performance and Guaranty

The Undersigned, acting as the duly authorized representative of the bank, declares that the bank

hereby guarantees to make payment to the Contracting Officer by check made payable to the

Treasurer of the United States, immediately upon notice, after receipt of a simple written request

from the Contracting Officer, immediately and entirely without any need for the Contracting

Officer to protest or take any legal action or obtain the prior consent of the Contractor to show

any other proof, action, or decision by an other authority, up to the sum of [amount equal to

20% of the contract price in EUROS during the period ending with the date of final

acceptance and 10% of the contract price during contract guaranty period], which represents

the deposit required of the Contractor to guarantee fulfillment of his obligations for the

satisfactory, complete, and timely performance of the said contract [contract number] for

[description of work] at [location of work] in strict compliance with the terms, conditions and

specifications of said contract, entered into between the Government and [name of contractor]

of [address of contractor] on [contract date], plus legal charges of 10% per annum on the

amount called due, calculated on the sixth day following receipt of the Contracting Officer’s

written request until the date of payment.

The undersigned agrees and consents that said contract may be modified by Change Order or

Supplemental Agreement affecting the validity of the guaranty provided, however, that the

amount of this guaranty shall remain unchanged.

The undersigned agrees and consents that the Contracting Officer may make repeated partial

demands on the guaranty up to the total amount of this guaranty, and the bank will promptly

honor each individual demand.

This letter of guaranty shall remain in effect until 3 months after completion of the guaranty

period of Contract requirement.

Depository Institution: [name]

Address:

Representatives: Location:

State of Inc.:

Corporate Seal:

Certificate of Authority is attached evidencing authority of the signer to bind the bank to this

document.

US Embassy Lisbon

SPO50017Q0004

36

ATTACHMENT #2 – DRAWINGS

Please contact the Procurement Office for a copy of the drawings

[email protected]

21 770 25 07

21 770 21 82

21 770 2487

US Embassy Lisbon

SPO50017Q0004

37

ATTACHMENT #3 – SPECIFICATIONS

REFURBISHMENT OF CHANCERY CHILD CARE CENTER AND HEALTH UNIT

DESCRIPTIVE AND JUSTIFICATIVE MEMORY

1- GENERAL DESCRIPTION

This reference and justification refers to the internal remodeling project of two areas at the

Embassy, called the "Pipocas Child Care Center" and "Health Unit", located at the United States

Embassy – Av. Das Forças Armadas - Lisboa

The refurbishment consists in the expansion of a sanitary installation, renovation of sanitary

facilities, renovation of the kitchen, replacement of floors, replacement of false ceilings and

emergency lighting and painting works. With the present intervention, it is intended to remodel the

building, improving the functional and aesthetic aspects with the introduction of new materials.

The building will not have structural intervention.

2 – DESCRIPTION OF THE WORK

The area to be refurbished is identified in the plan as "Intervened Zone" and includes the

following works:

• Demolitions, Dismounts and Protections

The article corresponds to the work of demolition of the walls to increase the sanitary

installation, removal of doors, staves, trimmings, sanitary ware, cupboards, wallpaper, false

ceilings and lamps, carpets, heater and paint stripping on concrete walls in cash. The doors,

staves and trims are for use and later assembly. A rigorous survey of the fire detectors shall be

carried out, marking the areas to which they correspond for later assembly in the same place.

All work involved in this chapter should be carried out in a way that does not jeopardize the

operation of the remaining building and the necessary protections must be made to avoid the

degradation of furniture, circulation or any other element or property of the building.

US Embassy Lisbon

SPO50017Q0004

38

• Masonry and partitions

The works of masonry and partitions correspond to the closing of spans and execution of new

wall for expansion of the sanitary installation according to the plant of yellows and reds (sheet

01). For the execution of the masonry walls, the supports must be prepared to guarantee an

adequate connection to the existing elements. This article includes wall plastering and a bus-like

finish to be applied to ready-to-view concrete elements.

• Floor coatings

The present article corresponds to the supply and application of homogeneous Vinyl as identified

in plant (sheet 04), including pvc profile for baseboards, transition profiles on doors, preparation

work, grinding of existing screeds or vinyl, sanding, primers, glues and Welds with color lanyard

equivalent to the floor to be installed.

The work also corresponds to the supply and application of ceramic tiles in sanitary installations,

including rectification of screeds, tile laying with white glue cement and bitumen of joints with

the same color as the pavement.

• Wall cladding

The article corresponds to the supply and application of tile in the sanitary facilities and cup,

according to the drawings (sheets 09 to 13), including rectification or execution of plaster, laying

with cement white glue and bitumen of joints with color similar to that of the support to apply.

The work also corresponds to the renovation of the existing walls of concrete in sight, including

the application of a primer on the support and later busbar with mortar to regularize the surface

in an average thickness of 2mm. At the end a finishing bus will be applied in order to have a

final surface identical to the existing walls.

US Embassy Lisbon

SPO50017Q0004

39

• Ceiling Finishing

The roofing works correspond to the supply and installation of false ceiling in the halls, kitchen

and sanitary facilities, as identified in plan (sheet 03), including support structure, lighting

apertures, roofing profiles, and other necessary works and accessories To the final finish.

• Paintings

The article corresponds to the supply of plaster primers and paints (two coats), with color to be

fine-tuned to the same finish as the walls and ceilings, including floor, wall and furniture

protections, support preparation, fissure coverings or fissures that are identified , And all the

work and accessories needed to finish the work. Also included are the paintings of existing

metallic ducts, including sanding (if necessary), application of primer and finishing the

appropriate enamel to the support.

• Sanitary ware and Accessories

The work corresponds to the supply and assembly of sanitary equipment, taps, mirrors, help bar

and mobile of sanitary installation, including all the works and accessories necessary for the

assembly and connections, namely fixation of new rods by metal bushing or chemical bushing to

receive the New toilets, bottle siphons and other necessary for its correct functioning.

• Carpentry

The article corresponds to the treatment of existing door removed from the sanitary installation

1, and subsequent settlement in the new wall of the same sanitary installation, including all the

works, accessories and tuning necessary for its correct assembly and operation.

Also included in this article is the supply and assembly of cupboard cupboards according to

layout (sheet 13), consisting of modular cabinets, shelves, drawers, fasteners, fittings, fasteners,

US Embassy Lisbon

SPO50017Q0004

40

feet, handles, baseboards and other accessories and work necessary for your Correct and final

finish and operation.

• Miscellaneous

The work corresponds to other works not included in the previous articles and that directly or

indirectly are part of the general contract, being the following:

- Supply and installation of electric heater for heating sanitary water to be installed on false

ceiling of sanitary installation 1, inc assembly and connection of water and sewage,

sectional and safety valves and all accessories and works necessary for its correct operation.

- Supply and installation of fixed double-sided suspended permanent emergency

luminaires with pictograms , Including the work of lifting the existing one, checking and

rectifying the necessary supplies and all the equipment and accessories necessary for its

correct operation.

- Supply and assembly of led panels (natural white) in dimensions 30x120 and 30x30,

according to halls and sanitary facilities respectively , Including verification and

rectification or replacement of power cables if warranted, and all materials and

accessories to their correct fitting embedded in the false ceiling.

- Verification and cleaning of ventilation grilles and pipes to be maintained including all

necessary work and accessories and supply And installation of new 30x30 4-way

ventilation diffusers to be fitted by fitting in the false ceilings of the sanitary facilities and

cup.

- Verification, supply and assembly of the hot and cold water supply network in copper of

the intervention area, connections for integration with the Supply and connection to new

and existing equipment and to maintain it, including all the work and accessories

necessary for its correct execution. The net should be run on copper with crimped or

welded fittings and properly tested before the lapping. This sub-chapter also includes the

opening and closing of rotors, tests, connections, checks, miter taps and insulation of the

hot water network with elastomeric foam with a minimum thickness of 10mm and

suitable to the respective tube.

US Embassy Lisbon

SPO50017Q0004

41

- Drainage of waste water in black iron pipe, including integration to the existing one,

verification of the existing one and new connection points for electric hot water heater

and lavatories. This chapter also includes the opening and closing of rotors, tests,

connections, checks and other work and accessories necessary for its correct operation.

- Supply and installation of sockets and switches according to design, including boxes,

tubes, wires, checks and necessary connections To the correct functioning. Supply and

installation of led tape to be placed under the top cabinets of the cup in all its

development, including all the accessories and works necessary for its correct operation.

It should be an independent circuit.

- Supply and installation of stainless steel dishwasher, including siphon and all accessories

and materials necessary for its correct assembly and operation.

- Supply and installation of stone bench for the canopy, including lava boreholes (If

applicable) and all the work and accessories necessary for its correct assembly.

- Supply and installation of chrome-plated mixer tap with extension tube, including

connections and accessories necessary for its correct operation.

3 – SPECIFICATIONS OF MATERIALS

The materials, equipment and processes proposed in the project were previously selected between

designers and the owner or his representative. The contractor may propose other materials or

equipment in substitution of those indicated in project or map of quantities provided they are of

equal or equivalent characteristics.

Any proposal to change or introduce new material or equipment must be presented prior to the

approval of the contractor by the contractor, provided that this proves with the presentation of

technical files and samples of the material or equipment to be installed for comparison and

approval by the contractor.

At the end of the project the contractor must present a folder for the owner's file, which should

include the technical data sheets and catalogs of all materials and equipment installed on site, as

well as other useful information such as maintenance and guarantees.

US Embassy Lisbon

SPO50017Q0004

42

4 – OMISSIONS

In everything that is not mentioned in this descriptive and justification document, it will follow

as defined in the drawings and in compliance with the technical standards and regulations in

force.

US Embassy Lisbon

SPO50017Q0004

43

ATTACHMENT #4 – MAP OF QUANTITIES

EMBASSY OF THE UNITED STATES OF AMERICA

REFURBISHMENT OF CHANCERY CHILD CARE CENTER AND HEALTH UNIT

AVENIDA DAS FORÇAS ARMADAS, LISBOA

PROJECT ALTERATIONS

MAP OF QUANTITY OF WORK

Ref.ª Description Quant. Un. Parcial Total

NOTES:

Measurement criteria to be considered are those stipulated by

LNEC

The articles include all the works, materials and equipment

necessary to execute them and to their perfect finishing.

All demolished materials shall be separated and transported to the

authorized dump, under the responsibility of the contractor.

All dimensions must be confirmed on site work.

The contractor is responsible for liability insurance.

A ARCHITECTURE

1 PRELIMINARY WORK

1.1 Delimitation of operated area, including protection of carpet, non-

operated area, furniture and general goods, construction signs,

individual and collective protection equipment, temporary support

facilities (if it's necessary), according to the legislation in force.

1,00 vg

2 DEMOLITIONS, DISMANTLING AND PROTECTIONS

2.1 Demolition of existing masonry walls, repair of confining facings,

removal and transportation of leftover products, according to the

plant of changes (yellow and red)

11,01 m²

2.2 Dismantling of existing door, casing and trimmings, including

removal and transportation of leftover products, all according to

the plant of changes.

1,00 un

2.3 Dismantling of door, casing and trimmings for rear mounting on

WC wall., according to the plant of changes, including all the tasks

necessary for the correct execution.

1,00 un

2.4 Dismantling of kitchen cabinets and countertops, including removal

and transport of leftover products, including all work necessary for

the correct execution of the works.

1,00 un

2.5 Removal of existing sanitary ware, including removal and

transportation of leftover products, all according to the plant of

changes.

1,00 un

Removal of existing wall and floor coverings in W.C. 1 and 2, for

application of new materials, including removal of mirrors, pitting

of screed and removal and transport of leftover products.

22,29 m²

2.6 Removal of existing wallpaper, including all the tasks required for

proper execution.

1,00 vg

2.7 Removal of existing false ceiling for subsequent installation of a

new false ceiling, including removal of emergency luminair, ceiling

lights, diffusers and fire detectors and other tasks and accessories

required for proper execution.

63,80 m²

2.8 Removal of eletric water heater, including all tasks required for

proper execution.

1,00 un

2.9 Paint stripping of exposed croncrete walls, including all the tasks

required for proper execution.

42,75 m²

2.10 Removal of carpet in areas to apply vinul flooring, including

sanding, application or primer and all works and accessories

necessary for proper axecution.

145,00 m²

3 SHELVES AND DIVISIONS

3.1 Internal masonry execution with ceramic brick masonry 30x20x11,

fixed with cement and sand in a ratio of 1:5, according to the

plant of changes, including closing existing door space, plaster and

all the necessary works .

7,14 m²

Pág. 1 de 4

4 FLOOR COVERING

4.1 Supply and application of Tarkett - IQ Optima compact 3242 862,

or equivalent, over existing floor, including preparatory work,

smoothing concrete, baseboard and all the tasks required to a

good work.

202,40 m²

4.2 Supply and application, in the WC 1 and 2, of Revigres - Fashion

Corda Rect. 30x30, or equivalent, including cementitious adhesive

appropriately to the support and joint grounting with "Ultracolor

plus", color to choose and all necessary materials, tasks and

equipment for the correct execution of the works.

10,78 m²

Supply and application of baseboard in identical material to the

floor material, including all the tasks necessary for correct

execution.

187,00 m

Supply and application of transition profiles, including all the

accessories and tasks required for correct execution.

12,00 m

5 WALL COVERING

5.1 Wall renovation with "Seciltek AD 21 Primer + Mortar Fixdur +

Finish SecilTEK PK06", including all tasks, suplly and application of

all necessary products, materials and accessories.

42,75 m²

5.2 Supply and application of ceramic coatings, according to layouts of

WC 1 and 2, type "Revigres Branco Oriente Rect. 60x30", or

equivalent, fixed with mortar of cement M-5, including joint

grouting and all necessary work to the correct execution.

35,36 m²

5.3 Supply and application of ceramic coatings, according to layouts of

WC 1 and 2, type Revigres Surf Corda rect. 60x30, or equivalent,

fixed with mortar of cement M-5, including joint grouting and all

necessary work to the correct execution.

11,51 m²

5.3 Supply and application of ceramic coatings on the walls of the

kitchen (between furniture), type "Cinca Serie Arquitectos

M20x20", color to define, or equivalent, fixed with mortar of

cement M-5, including joint grouting and all necessary work to the

correct execution.

2,65 m²

6 COATING OF CEILINGS

6.1 Supply and installation of false ceiling type SAS System 150 micro

perforated false ceiling, RAL 9010 color, or equivalent, according

to the drawings, including suspension structure, insulation

material, recesses and all necessary materials and work.

63,80 m²

7 PAINTINGS

7.1 Execution of painting on interior walls, with plastic paint, beige

(according to the existing one), after primer coat, according to the

drawings, including all materials, works and accessories necessary

for the correct execution of the works. The inks to be used should

be Vipsuper of Robialac, or equivalent.

558,80 m²

7.3 Execution of painting in vaulted ceilings, with plastic paint, color

white (to tune according to the existing one), after primary coat,

according to the drawn pieces, including all the materials, works

and accessory equipment and necessary for the correct execution

of the works . The paints to use in the bathrooms should be of the

serious Robiotel of Robialac and in the remaining spaces of the

Vipsuper of Robialac, or equivalent.

117,70 m²

7.4 Painting existing ventilation ducts, including all necessary materials

and accessories.

1,00 vg

8 DISHWASHER AND SANITARY ACCESSORIES

8.1 Supply and installation of Sanindusa type toilet, New Wccare

model, or equivalent, including 3/4 '' horizontal eco interior

flowmeter, sanindusa ECO type, or equivalent, toilet lid, opening

and slowclose, sanindusa New Wccare , Or equivalent, and all

work and accessories to its proper functioning.

1,00 un

8.2 Delivery and installation of Luana 120 (1) Banhoazis type

furniture, with zermatt melamine finish, or equivalent, including

Easy model sanindusa type mixer, or equivalent, connections,

fixings, accessories and all necessary accessories and equipment.

To the correct execution of the works.

1,00 un

Pág. 2 de 4

8.4 Supply and installation of sanindusa, New Wccare, or equivalent

equivalent, including 3/4 "horizontal horizontal flowmeter with

clinical toilet handle Eco, toilet lid lid, opening and slowclose,

Sanindusa New Wccare type, or Equivalent, and all work and

accessories to its proper functioning.

1,00 un

8.5 Supply and installation of Sanindusa type accessible washbasin,

New Wccare model, or equivalent, including single-handle clinical

knob mixer, sanindusa type Easy model, or equivalent, and all

work and accessories necessary for its proper operation.

1,00 un

8.6 Supply and installation of mirror for WC 1, with 120x80 cm, in

aluminum, including all the materials and works necessary for the

correct execution.

1,00 un

8.7 Supply and installation of mirror in WC 2, 50x80 cm, in aluminum,

including all materials and work required for the execution.

1,00 un

8.8 Supply and assembly of hand shower type Sanindusa Aqua series,

reference 5669111, or equivalent, including flexible stainless steel

mesh, fixing kit and all materials and work required for proper

execution.

1,00 un

8.9 Supply and laying of help bar in WC 2, stainless steel type

Sanindusa 600, or equivalent, including all necessary works.

1,00 un

8.10 Supply and assembly of mobile column in the WC 1, type

Banhoazis model Luana, finishing the melamine zermatt, or

equivalent, including all work required.

1,00 un

9 CARPENTRY

9.1 Treatment of existing door in wood, stave and trimmings,

including sanding and varnishing with equivalent finishing to the

existing one and all the accessories and materials necessary for

the correct execution of the works.

20,00 un

9.2 Supply and installation of Cup furniture, according to layout

(Design 13), consisting of modular kitchen cabinets with IKEA

Bodbyn fronts, white beige color, or equivalent, including cabinet

structure, doors, trimmings, shelves, drawers, fixings, fittings,

Fasteners, IKEA chrome-plated Fagleboda handles, or equivalent,

skirting boards, feet, suspension rails and all accessories and work

necessary for their proper operation.

1,00 vg

9 MISCELLANEOUS

9.1 Supply and assembly of pulleys on the false ceiling for the

installation of a new heater, including all materials and accessories

necessary for the correct execution of the works.

1,00 un

9.2 Supply and Installation of 100 liter horizontal Vulcan electric water

heater, or equivalent, including Installation Kit and all works and

accessories for its proper operation according to the project.

1,00 un

9.3 Supply and installation of recessed emergency pendant luminaire,

double-sided flag, permanent and with pictogram, for zone of the

corridors, including all the accessories and works necessary for the

correct execution.

4,00 un

9.4 Verification and assembly of smoke detectors, including functional

tests and all necessary materials and work.

14,00 vg

9.5 Supply and installation of LED panel 30x120, 45W, natural white

4200K, aluminum frame, including all the works and accessories

necessary for the correct execution of the works.

8,00 un

9.6 Supply and installation of Led panel 30x30, 10 W, natural white

4200K, aluminum structure, including all materials and work

required for correct operation.

6,00 un

9.7 Door Mounting on the new wall of the W.C 1, including staves and

trimmings and all materials and accessories necessary for its

correct operation.

1,00 un

9.8 Verification and cleaning of existing ventilation grilles, including all

accessories and materials necessary for the correct execution of

the work.

1,00 vg

9.9 Supply and installation of diffusers 4 way recessed ceiling 30x30,

according to the design, including connection to existing pipeline

and all materials and work required for correct execution.

2,00 un

9.10 Supply and installation of water network, with copper tubing,

according to design, including isolation valves insulation of the hot

water network and all works and accessories to its correct

execution.

1,00 vg

Pág. 3 de 4

9.11 Sewer supply and piping installation including new lavatory

connection to the existing bathtub connection, sewage connection

for water heater and checking / repair of existing toilet

connections, washbasin, dishwasher and dishwasher, according to

design, And all the works and accessories necessary for its correct

execution.

1,00 vg

9.12 Supply and installation of simple switch, from Efapel, model

LOGUS 90 BASE, color to be defined, or equivalent to existing,

including all necessary accessories and work.

2,00 un

9.13 Supply and installation of double switch, from Efapel, model

LOGUS 90 BASE, color to be defined, or equivalent to existing,

including all necessary accessories and work.

1,00 un

9.14 Supply and installation of a protected single outlet, from Efapel,

model LOGUS 90 BASE, color to be set, or equivalent, including

new cabling from the junction box or electrical switchboard and all

necessary accessories and work.

1,00 un

9.15 Supply and installation of single outlet, Efapel, model LOGUS 90

BASE, color to be set, or equivalent, including new cabling from

the junction box or electrical switchboard and all necessary

accessories and work.

3,00 un

9.16 Supply and installation of LED strip under top cup furniture,

including tubing and strapping from the junction box and switch

and all necessary accessories and work.

1,00 un

9.17 Providing and mounting frame to hide LED tape, including all

necessary work and accessories.

1,00 un

9.18 Supply and installation of built-in sink with stainless steel drainer,

type IKEA Vattudalen, or equivalent, including siphon and all the

works and accessories necessary for the correct execution.

1,00 un

9.19 Supply and installation of stone bench for the canopy, according to

design, type IKEA Personlig white with shiny mineral effect, or

equivalent, including all necessary works and accessories.

1,00 un

9.20 Supply and installation of chrome-plated mixer tap with extensible

tube, type IKEA Yttran, or equivalent, including all necessary work

and accessories.

1,00 un

TOTAL BUDGET

To the value presented plus the VAT at the legal rate in force.

Pág. 4 de 4


Recommended